Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2006 FBO #1559
SOLICITATION NOTICE

S -- WATER TREATMENT SERVICE FOR HEATING VENTILATION AIR CONDITIONING (HVAC) SYSTEM

Notice Date
3/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
Other Defense Agencies, Office of the Secretary of Defense, Defense Microelectronics Activity, Contracting Division 4234 54th Street, Building 620, McCellan, CA, 95652-1521
 
ZIP Code
95652-1521
 
Solicitation Number
H94003-06-T-0005
 
Response Due
3/15/2006
 
Archive Date
3/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation; proposals are being requested. Solicitation number is H94003-06-T-0005 and the solicitation is issued as a Request for Quotations (RFQ). Set-aside: Total small business; associated North American Industry Classification System (NAICS) code is 325998; small business size standard: 500 employees. Small Business Competitiveness Demonstration Program: not applicable. The Defense Priorities and Allocations System (DPAS) rating is DO-S1. The date and time offers are due: 03/15/06 10:00am Pacific time to DMEA, Contracting Office, 4234 54th Street, McClellan, CA 95652-2100. E-mailed or faxed offers are encouraged: email verner@dmea.osd.mil, fax: (916) 231-2835. The name and telephone number of the individual to contact for information regarding the solicitation: Contract Specialist Kurt Verner, (916) 231-1525. Statement of Work 06-6C3 Heat, Ventilation and Air Conditioning (HVAC) System. Continuous Water Treatment and Associated Service For the Defense Microelectronics Activity (DMEA), 4234 54th Street, McClellan, CA 95652-2100. I. Objectives: Provide water treatment to the DMEA water based HVAC heat transfer systems to: a. Maintain all chiller condenser loop equipment (including chillers, cooling towers, piping and components) to be free of scale, biological contamination and corrosion. Keep heat transfer surfaces clean and efficient so as to minimize energy use. b. Maintain the hot and chilled closed loop systems (including boilers/chillers, piping and components) to be free of corrosion and biological contamination. Keep heat transfer surfaces clean and efficient so as to minimize energy use. c. Keep HVAC system water properly treated to ensure the health of DMEA employees and contractor staff is not negatively impacted by exposure to HVAC system water or mists. d. Minimize the use of water and chemicals while accomplishing objectives a, b and c above. c. Properly contain biocides, inhibitors and other water treatment products so as to ensure worker safety and environmental compliance. II. DMEA Systems Included: 1. Two each 500-ton Trane chillers (primary and alternate are alternate weekly). The cooling load on the one operating chiller is typically 40-50% of capacity. There are two each- two cell cooling towers (BAC 15325-2D http://www.baltimoreaircoil.com/english/info_center/drawings/1500_draw.html#15325 ) that alternate operation with the chillers, each equipped with a sand filter system. 2. Two hot water boilers and associated hot water piping and equipment serving 16 roof mounted air handlers and various fan coil units (in warehouse areas and office variable air volume boxes). The total water volume of the system is unknown. The system is equipped with a pot feeder. 3. Chilled water loop system serving 16 roof mounted air handlers and various fan coil units (in warehouse areas and office variable air volume boxes), as well as computer air conditioning (CAC) units located throughout the facility. The total water volume of the system is unknown. The system is equipped with a pot feeder. III. Specific Requirements: The contractor shall: 1. Provide all Material Safety Data Sheets (MSDSs) and effective treatment parameters (concentration ranges, pH, conductivity, treatment frequency and volume for biocides) for water treatment products used and systems treated at DMEA. 2. Supply, configure, install, integrate and maintain a fully automatic cooling tower water treatment system to help meet the objectives. The system shall, at a minimum include: a. Digital water treatment controller with continuous, real-time condenser water conductivity display and conductivity remote output, conductivity control, accurate inhibitor application and dual biocide application capabilities. Inhibitor application based on make-up or blow down volume is preferred over traditional ?bleed and feed?. A non-pulsing blow down meter is installed on the blow down line. There are no meters on the make-up water lines. b. An inhibitor metering pump. c. Either two biocide metering pumps or one biocide metering pump and a brominator with associated automatic control valves. d. sample stream including flow switch, conductivity probe, chemical injection quills and a sample port. e. A blow down solenoid valve. 3. Provide, deliver, install, and apply all water treatment chemicals as required to fulfill the objectives above and maintain water treatment parameters 24 hours and day, seven days a week. All chemical handling, application and testing shall be accomplished by the water treatment contractor. No testing or chemical handling shall be done by DMEA employees. The contractor shall remove all empty containers generated from water treatment activities. The water treatment chemicals shall include: a. Cooling tower scale and corrosion inhibitor. The addition of silica control polymers is recommended due to silica in the make-up water when the Sacramento Suburban Water District uses their well sources. Make up water conductivity is subject to significant variation due to changing water sources used by the Sacramento Suburban Water District. b. An oxidizing biocide suitable for use at cooling tower pH levels. c. non-oxidizing biocide or bio-dispersant. d. Closed loop inhibitor (sodium nitrite based to be compatible with existing treatment with additives to protect yellow metals too). e. Note that deviation from the above treatment product categories will be considered by the DMEA Technical Representative if conclusive evidence is provided that the alternative approach proposed is safe and effective. 4. Apply biocides as necessary to meet the above objectives and provide bacteria counts of less than 105 colony forming units (CFU)/ml. 5. Keep the cooling tower basin free on slimes and algae. 6. Provide in-service containers and double containment providing at least 20% more capacity than the in-service container. Label all containers and spill containment vessels. 7. Conduct service visits as often as necessary to fulfill the objectives. At least monthly the water treatment contractor shall: a. Visual inspect the water treatment system and treated systems. Correct any deficiencies noted with the treatment system and annotate action take in the service report. Note any HVAC system leaks of other conditions requiring DMEA correction (leaking pump seals, etc.) in the service report and immediately via telephone to the DMEA Technical Representative as warranted. b. Conduct make-up water tests: Conductivity, pH, and, if conductivity is +/- 50 microsiemen from the prior months visit: silica, hardness and alkalinity. Annotate results in the service report. c. Conduct condenser water tests: Inhibitor concentration, conductivity, pH, total bacteria count (dip slide), cycles of concentration. Annotate results in the service report. E-mail dip-slide results after the required culture period. d. Conduct closed loop water tests: Inhibitor concentration, conductivity, pH, iron concentration (iron test only required when water has any visual yellow tint). Annotate results in the service report. e. Annotate water treatment product applied and volume used in the service report. f. Provide the written service report to the DMEA technical representative within 3 days of the service visit. g. Maintain on on-site log of water parameters (conductivity and treatment levels). 8. Respond to trouble calls within 4 hours during normal working hours and 6 hours after duty hours. IV. Security: DMEA is a secure Department of Defense facility. Water Treatment Contractor employees must be US citizens and are subject to a background investigation prior to conducting unescorted visits to DMEA. The water treatment contractor shall limit the number of employees servicing DMEA to no more than 3 to avoid unnecessary investigation costs without specific authorization from the DMEA Technical Representative. V. Regulatory Compliance: The water treatment contractor shall maintain compliance with all Federal, State and local requirements for the sale, distribution and application of biocides and other hazardous materials. VI. Other Information: 1. Maintenance: DMEA?s HVAC contractor conducts monthly preventative maintenance on the chillers and cleans the chiller tube bundle annually. The cooling towers are cleaned annually by the HVAC mechanical contractor. The boilers are also under a preventative maintenance program. 2. Facility Size: The DMEA facility is approximately 75,000 sq ft. FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, Mar 2005 must be submitted with offers - An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. The following Federal Acquisition Regulation provisions apply: FAR 52.211-15, Defense Priority and Allocation Requirements, Sep 1990; FAR 52.252-2, Clauses Incorporated by Reference, Feb 1998; FAR 52.212-2, Evaluation ? Commercial Items, Jan 1999, The following factors shall be used to evaluate offers: Compliance with solicitation requirements and Price. Compliance with solicitation requirements is significantly more important than price (pricing of proposals will be evaluated inclusive of base year and all option periods). In reference to paragraph V in the Statement of Work ? All offerors shall provide documentation that they are in compliance with all Federal, California State and local requirements for the sale, distribution and application of biocides and other hazardous materials. Failure to provide adequate documentation that the offeror meets all regulatory compliance shall be cause for elimination from consideration. FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, Sep 2005; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, Feb 2006 (additional provisions to be determined by the Contracting Officer after receipt of offers); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, Oct 1995; FAR 52.219-8, Utilization of Small Business Concerns, May 2004; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, Jan 2006; FAR 52.222-21, Prohibition of Segregated Facilities, Feb 1999, FAR 52.222-26, Equal Opportunity, Apr 2002; FAR 52.222-35, Affirmative Action for Special Disabled Vietnam Era Veterans, Dec 2001; FAR 52.222-36, Affirmative Action for Handicapped Workers, Jun 1998; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era, Dec 2001; FAR 52.225-13, Restrictions on Certain Foreign Purchases, Feb 2006; FAR 52-232.33, Payment by Electronic Funds Transfer ? Central Contractor Registration, Oct 2003; FAR 52.222-41, Service Contract Act of 1965, Jul 2005; FAR 52.222-42, Statement of Equivalent rates for Federal Hires, May 1989; FAR 52.222-43, Fair Labor Standards and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts), May 1989; FAR 52.217-8 Option to Extend Services NOV 1999; FAR 52.217-9 Option to Extend the Term of the Contract MAR 2000; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, Feb 2006 (additional provisions to be determined by the Contracting Officer after receipt of offers); DFARS 252.225-7001, Buy American Act and Balance of Payments Program, Jun 2005. Contractors must be registered in the Central Contractor Registration (CCR) database prior to an award. All responsible sources may submit a proposal, which shall be considered by the agency. For a copy of the RFQ and attachments send an email request to verner@dmea.osd.mil or submit a fax request to (916) 231-2835. Your company?s full name and address must be included in your request for our file.
 
Place of Performance
Address: DEFENSE MICROELECTRONICS ACTIVITY, 4234 54th Street, mcClellan, CA 95652-2100
Zip Code: 95652-2100
Country: USA
 
Record
SN00998355-W 20060304/060302213142 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.